PCDMIS CAD++ Software Upgrade
ID: N0016725Q1004Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure an upgrade for the PCDMIS CAD++ software from Hexagon Manufacturing Intelligence, Inc. This procurement involves a 12-month subscription for software upgrades, including PCDMIS CAD++, MyCare certification, and Metrology Assistant Manager Advanced, with options for two additional renewal years. The PCDMIS software is critical for engineering technicians to ensure precision in manufacturing by comparing measured data to CAD models, highlighting its importance in the Navy's engineering projects. Interested parties must submit a capabilities statement by April 10, 2025, to Steven Besanko at steven.besanko@navy.mil, with the contract performance period set from March 31, 2025, to March 31, 2026, under a firm-fixed-price structure.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 7:05 PM UTC
The Naval Surface Warfare Center Carderock Division (NSWCCD) has issued a combined synopsis/solicitation for the upgrade of PCDMIS software from Hexagon Manufacturing Intelligence, Inc. This procurement is classified under FAR Part 13.106-1(b), as only one source is deemed reasonably available. The project involves a 12-month subscription for software upgrades, including PCDMIS CAD++, MyCare certification, and Metrology Assistant Manager Advanced, with options for two additional renewal years. The acquisition is structured as firm-fixed-price and is targeted at businesses within the scope of NAICS code 513210 and a small business standard of $47 million. Interested parties must submit a capabilities statement by April 10, 2025, clearly outlining their ability to meet requirements, including pricing and payment terms. The contract's performance period is from March 31, 2025, to March 31, 2026, with specified delivery and inspection locations. The document includes relevant FAR and DFARS clauses, indicating compliance and regulatory considerations for vendors. Overall, this solicitation outlines a focused, single-source approach to enhance crucial software capabilities for the Navy, reflecting strategic procurement practices.
Mar 27, 2025, 7:05 PM UTC
The memorandum outlines a Sole Source/Brand Name Justification for an acquisition below the Simplified Acquisition Threshold (SAT) within the Department of the Navy. It specifies that the procurement involves PCDMIS software, essential for engineering technicians measuring complex parts designed by engineers. This proprietary software, sourced exclusively from Hexagon Manufacturing Intelligence, Inc., is vital to ensure precision in manufacturing by comparing measured data to CAD models. The justification cites the lack of competition due to exclusive licensing agreements with the Original Equipment Manufacturer (OEM), highlighting that other distributors or representatives are unavailable. This document serves as a formal request to proceed without full and open competition, reinforcing the critical need for reliable metrology software in engineering projects.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Buyer not available
The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
ANSYS Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure ANSYS software and associated support exclusively from Ansys, Inc. This sole-source acquisition is necessary due to the unique capabilities of ANSYS software, which is essential for conducting finite element analysis (FEA) in structural, thermal, and multiphysics simulations critical to the Department of Navy's design evaluations. The procurement will follow Simplified Acquisition Procedures, with a firm fixed-price purchase order expected to be awarded, and interested vendors are invited to submit capability statements by 12:00 PM on April 8, 2025. For inquiries, interested parties may contact Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
ServiceNow for NAVSEA HQ, NSWC Newport, Carderock, and Panama City
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for licenses to support the ServiceNow Service Portal for various Naval Surface Warfare Centers and NAVSEA HQ. This procurement aims to enhance operational efficiency by providing essential software licenses, as the ServiceNow platform is critical for automating HR processes and improving data management across the organization. The solicitation utilizes the Carahsoft Technology Enterprise Software Initiative as the mandatory source for all Department of Defense software requirements, with a firm-fixed price agreement expected. Interested vendors must submit their quotes by April 18, 2025, to the primary contact, Arnel Ngo, at arnel.a.ngo.civ@us.navy.mil, or by phone at 757-478-2013, ensuring compliance with federal acquisition regulations throughout the process.
Notice of Intent - Sole Source - 4D Technologies
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure a 4D InSpecXL Surface Gage and BackPack Kit with Surface Pro from 4D Technologies on a sole source basis. This procurement is justified due to the unique capabilities and proprietary rights associated with the InSpecXL system, which is essential for accurate surface profile measurements in challenging field conditions, thereby enhancing maintenance management decisions without the need to dismantle operational assets. The acquisition underscores the importance of specialized technology in military applications, ensuring efficiency and data accuracy in maintenance practices. Interested parties must submit their capabilities statements by 12:00 PM ET on April 16, 2025, to Steven Besanko at steven.besanko@navy.mil, as this notice is not a request for competitive quotes.
9 MXS CAD/CAM Software
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a CAD/CAM perpetual software license under Request for Quote FA468625Q0012, with a focus on small business participation. The procurement aims to enhance the manufacturing capabilities of the 9th Maintenance Squadron at Beale Air Force Base by acquiring a comprehensive software solution that meets specific requirements for advanced machining strategies, multi-axis capabilities, and robust simulation features. This software is critical for the design and production of complex aircraft components, supporting the Air Force's intelligence, surveillance, and reconnaissance missions. Interested offerors must submit their quotes by April 11, 2025, and ensure they are registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI) to be eligible for award. For further inquiries, contact Contracting Officer Cali McVay at cali.mcvay.1@us.af.mil or Contract Specialist SSgt Brandon Washington at brandon.washington.8@us.af.mil.
AN/BYG-1 Payload Control System
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking sources for the maintenance, development, integration, and delivery of the AN/BYG-1 Payload Control System (PCS). This opportunity involves software development tasks, including the maintenance of existing systems, integration of new features, and migration to a Common Computing Environment (CCE), aimed at enhancing the warfighting capabilities of the United States Navy and allied forces. The AN/BYG-1 program is critical for submarine combat and weapons control, and interested parties are required to demonstrate their capabilities in software development and system integration, with responses due via email to the designated contacts by the specified deadline. For further inquiries, interested vendors can reach out to Laura Arscott at laura.e.arscott.civ@us.navy.mil or Michael Ravnitzky at michael.j.ravnitzky.civ@us.navy.mil.
OrCAD Software
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking to procure OrCAD x Professional software for the Tow Communication Buoy Program (TBC). This software is essential for the development of simulation and electronic circuits, as well as for generating circuit board designs. The procurement is set aside for small businesses under the SBA guidelines, and the government intends to solicit and award the contract to a single source. Interested parties can direct their inquiries to Jenny Tomeo at jenny.e.tomeo.civ@us.navy.mil or by phone at 445-227-7612, as phone calls will not be accepted.
RSMeans Subscription
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Corona Division, is seeking proposals for a sole source Firm Fixed Price (FFP) contract for RSMeans Data Library software subscriptions. This procurement includes a base year and four option years of annual license subscriptions, which must comply with military regulations and be delivered to a designated location in Norco, California. The software is crucial for providing accurate cost data and project management tools necessary for various defense-related projects. Interested vendors must be registered in SAM and submit their quotes electronically by the specified deadline, with all submissions being evaluated based on compliance with the solicitation requirements. For further inquiries, potential offerors can contact Remy Oshiro at remy.s.oshiro.civ@us.navy.mil or by phone at 951-393-5689.
25-SIMACQ-E30-0013 SMART Lic. GATOR SPS
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is seeking a sole source vendor, Resource Analysis Corporation, to provide SMART program licenses for the G/ATOR, SPS-75, and SPS-77 systems under solicitation number N63394-25-Q-0024. This firm-fixed-price contract, with a delivery period from October 1, 2025, to September 30, 2029, aims to address critical obsolescence management issues through the unique capabilities of the SMART software, which includes Bill of Material management and real-time data monitoring. Interested vendors must submit their quotes in PDF format by April 16, 2025, and are required to comply with specific provisions from the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. For further inquiries, vendors can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil.
PACES & RACER Software Maintenance and Support
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers’ Huntsville Engineering and Support Center, is seeking qualified contractors for the maintenance and support of the PACES and RACER software systems. The procurement aims to identify both small and large businesses capable of providing helpdesk support, software development, documentation, and training services, with a focus on enhancing cost estimation accuracy for military and environmental projects. The contract will span a base year with four one-year options, emphasizing the importance of quality assurance, effective defect management, and adherence to government standards throughout the project. Interested firms must submit their capability statements by April 14, 2025, and can direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.